Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2014 FBO #4689
SOURCES SOUGHT

15 -- Long Range Reconnaissance and Surveillance (LRRS) Unmanned Aircraft System (UAS) Capabilities

Notice Date
9/24/2014
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
LRRS-UAS-RFI-FY15
 
Response Due
10/17/2014
 
Archive Date
11/23/2014
 
Point of Contact
Robert Verica, 407-208-5610
 
E-Mail Address
ACC-APG - Natick (SPS)
(robert.j.verica.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: Long Range Reconnaissance and Surveillance (LRRS) Unmanned Aircraft System (UAS) Capabilities 1. This Request for Information (RFI) is NOT a solicitation for proposals, proposal abstracts, or quotations. This RFI is for market research and is issued in accordance with Federal Acquisition Regulation (FAR) 10.001. Issuance of this notice does NOT constitute any obligation or commitment on the part of the U.S. Government (USG) to issue a solicitation or to award a contract now or in the future. The USG does NOT intend to award a contract on the basis of this RFI. Submitting information for this RFI is voluntary. Participants will NOT receive payment for any submittals. Although quote mark offeror, quote mark quote mark proposal, quote mark and quote mark vendor quote mark are used in this RFI, responses will be treated as information only. 2. Any information that the vendor considers proprietary should be clearly marked as such. Responses to this RFI that indicate the information therein is proprietary or represents confidential business information will be received and secured as such. BOSH Global Services and Dynetics, Incorporated-hereafter known as BOSH and Dynetics, respectively-will be used to objectively review functional areas and provide comments and recommendations to the Government. All advisors shall comply with Procurement Integrity Laws and shall sign non-disclosure and rules of conduct/conflict of interest statements. The USG shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Submissions in response to this RFI constitute approval to release the submittal to USG support contractors. To establish Non-Disclosure Agreements with BOSH and Dynetics, contact these companies directly through the contact information listed below and reference the title of this RFI: BOSH: Ruth M. Wyatt, CACM Director, Contracts & Pricing BOSH Global Services One Compass Way, Suite 250 Newport News, VA 23606 Office: (757) 271-3428 Fax: (757) 271-3435 Email: ruth.wyatt@boshgs.com Dynetics: Ms. Aaron N. Ezell Legal Counsel Dynetics, Inc. 1002 Explorer Blvd. NW Huntsville, AL 35806 Office: (256) 964-4391 Cell: (256) 527-4920 Fax: (256) 964-4039 Email: aaron.ezell@dynetics.com 3. PM Unmanned Aircraft Systems (UAS), in support of the Small Unmanned Aircraft System (SUAS) Project Office, is conducting market research which will be used to plan and implement an acquisition strategy to potentially procure a Long Range Reconnaissance and Surveillance (LRRS) Unmanned Aircraft System (UAS). User objectives for LRRS capabilities are described in Paragraph 4 of this RFI. Your submission should include cost, schedule, and a technical description on how you intend to meet the objectives and what aircraft would be available for a flight evaluation in mid-2015. For those objectives not met, provide a description of how they would be met. Information of the details of the flight evaluation will be provided at a later date in a separate notice. 4. The USG has particular interest in production-ready systems (i.e., minimum Technology Readiness Level (TRL) 7 as defined by the Department of Defense (DOD) Acquisition Guidebook (28 June 2013) and a minimum Manufacturing Readiness Level (MRL) of 7 as defined by the DOD Manufacturing Readiness Assessment Deskbook (October 2012)). The system shall meet and/or exceed the following objectives: a)Endurance of 2 hours threshold, 8 hours objective. b)Range of 10 km threshold, 30 km objective; assuming out and back mission at 500 ft AGL. c)Service ceiling of 10,500 ft MSL threshold, 16,000 ft MSL objective. d)Support modular day, night (passive Infrared (IR)), a laser illuminator payload capable of providing Full Motion Video (FMV) and still images (at a greater resolution than the FMV). e)Electrically powered using common military or commercial batteries, or other non-gasoline/non-heavy fuel. f)Hand-launched or other means of launching from an unimproved location without requiring a launch device (e.g., bungee, catapult, etc.). g)The USG plans to employ an open architecture Ground Control Station (GCS) currently under development. The air vehicle (AV) shall be adaptable to work with a USG-provided data link Interface Control Document (ICD). h)The AV shall be adaptable to and accommodate radio frequency reallocation mandates. i)The AV shall maintain operational availability of 85% threshold, 90% objective for 10 operating hours in a 24-hour day. j)Launch and land in winds of 20 kts threshold, 30 kts objective. k)The AV shall be inaudible at 500 ft with 65 dBA background noise threshold, 400 ft with 35 dBA background noise objective. l)Capable of semi-autonomous flight control using a GPS-aided navigation system and autopilot capable of waypoint navigation utilizing SAASM compatible GPS (threshold) or M Code compatible GPS (objective). m)The AV, including GCS and any ancillary equipment required for a mission, shall assemble in 5 minutes. n)The AV, including GCS and any ancillary equipment required for a mission, shall disassemble in 10 minutes threshold, 5 minutes objective. o)Provide the maturity level of check lists, operating and maintenance manuals, packing and system shipping requirements, and battery requirements. p)The AV shall support field level maintenance. q)The AV shall withstand landing in standing water and remaining afloat for 15 minutes without damaging water intrusion at Sea State 1. r)The AV shall operate in -36.0C to +55.0C (-32.8F to +131.0F) climatic conditions. s)The AV shall survive storage and transit in -46.0C to +71.0C (-50.8F to +159.8F) climatic conditions. t)The AV shall operate in snowfall and 0.25 in/hr of rainfall. u)The AV shall be assembled, operated, maintained, disassembled, and resupplied while wearing MOPP IV gear. v)The AV shall operate for eight hours without failure due to Chemical, Biological, or Radiological contamination. w)The AV shall have visible and IR strobes which are visible from 400 m using night vision goggles. 5. The USG requires the following information be provided in your response: a)Describe the capability your system can provide in relation to the objectives in Paragraph 4 of this RFI. Provide a technical description of the UAS to include details of the modularity, subsystems, open systems architecture, and future growth/technology refresh capability. Also describe your training concept (i.e., number of days required to train and certify) and training equipment required to operate the UAS. Provide your expected logistics concept (i.e., levels of maintenance and ease of repair). Identify the non-NDI component(s) which would represent the greatest RDT&E risk to the program. b)Include a discussion of any USG requirement you believe is incompatible, unachievable, or a significant cost driver (i.e., possibly unaffordable) and the associated rationale. c)Responses should also address vendor requirements/concerns for their participation in a potential future demonstration to include any safety concerns/considerations, facility requirements, frequency requirements, electrical power requirements, fuel requirements, etc. d)A Rough Order of Magnitude (ROM) cost estimate for the AV in quantities showing economies of scale. e)How modifications would/could be accomplished-production line incorporation or as post-production modifications. If the AV does not meet the objective requirements in Paragraph 4, are any pre-planned product improvements documented to incorporate technology for reaching these objectives and performance parameters? f)Approach to accommodating USG-provided radios, flight controllers, and payloads. g)Willingness to set up a cost-share contract for the RDT&E portion of this effort. h)Interest in, if you have a fully developed AV, selling the Technical Data Package (TDP) to the USG so that the USG has Government Purpose Rights (GPR) for the TDP? It is acknowledged that your organization would still be given the opportunity to build the required parts/spares for the GPR AV through a competitive procurement. 6. The USG is only interested in an AV not the associated ground control or GCS. 7. Responses to this RFI shall be limited to 15 pages in length, using 12-point font, not including the cover page or exhibits. Providing a quad chart-which provides an overview of your system-does not count toward the page count. NO Classified information shall be provided in the responses. Responses shall be e-mailed to the POCs listed below. Paper copies of the paper submittal will also be accepted. If the response contains proprietary sensitive material, paper copies shall be clearly labeled quote mark Proprietary Sensitive Material quote mark. Proprietary Sensitive Material will be protected from disclosure. 8. Responses shall be received no later than 21 calendar days after RFI release. Responses shall be emailed to Rick quote mark Ski quote mark Szcepanski, richard.m.szcepanski.civ@mail.mil and Kenneth quote mark Ken quote mark Fidler, kenneth.r.fidler.civ@mail.mil. Technical questions shall be directed directly to Rick quote mark Ski quote mark Szcepanski, richard.m.szcepanski.civ@mail.mil. Contracting Office Address: U.S. Army ACC-APG NATICK Contracting Division ATTN: Lindsey M. Crockett 13501 Ingenuity Drive, Suite 200 Orlando, FL 32826-3009 Place of Performance: United States Primary Point of Contact: Rick quote mark Ski quote mark Szcepanski richard.m.szcepanski.civ@mail.mil Secondary Point of Contact: Kenneth quote mark Ken quote mark Fidler kenneth.r.fidler.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/37ffba4d04e856977cf7b2528a64fbaf)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03525942-W 20140926/140925001002-37ffba4d04e856977cf7b2528a64fbaf (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.